Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

66 -- Protein Nano-Immunoassay System

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-629
 
Archive Date
9/14/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-629 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is not set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated July 25, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of one (1) Protein Nano-Immunoassay System on a brand name or equal basis to perform high content protein analysis of biological samples. This equipment shall be used by the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). Project Requirements The Contractor must be able to provide one (1) Protein Simple Wes System (High Throughput Nano-Immunoassay System, Catalog No. 004-600) OR ITS EQUAL. The brand name or equal immunoassay system must meet the following requirements: 1. The system should offer a fully automated complete solution for protein detection and characterization which performs all the manual processes associated with a traditional Western blot. This shall include: protein sizing, quantitation and immunodetection of proteins performed in a nano-immuno assay system that utilizes 25, 5 cm long, 100 μm inner diameter capillaries, with an inner coating that allows for the separation, capture and covalent immobilization of proteins from a wide array of species samples in a 40 nL volume, and subsequent immunoassay detection in the same vessel. 2. The system should be capable of analyzing up to 25 samples accessed from a microtiter plate with primary and secondary antibodies also accessed from this microtiter plate. 3. The system should utilize fluorescent and biotinylated labeled molecular weight size standards and software to calibrate each capillary and assign molecular weight sizing to detected proteins. The immunoassay should utilize chemiluminescent detection and quantitation of target proteins. 4. The system should offer a high molecular weight kit and total protein assay capability. 5. The system must come with software that shall allow the user to define the samples and assays to be analyzed and then automatically perform sample uptake, separation, protein immobilization, immunoassay and chemiluminescent detection without further user involvement. 6. Post run analysis software shall be included and must be able to analyze the chemiluminescent and biotinylated molecular weight standard data to assign molecular weight to target protein being immunodetected. The system and software must facilitate standardization of laboratory processes and provides data in a format that can be easily shared between multiple users and facilities. 7. The instrument must come with a full year warranty 8. The contractor must provide for delivery and installation. Following installation, the contractor shall provide basic training to include a product overview and recommendations for system use. Anticipated Period of Performance Delivery and installation shall be completed within eight (8) weeks after contractor receipt of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it meets each of the project requirements. 2. Factor 2: Delivery The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and should not exceed 10 pages. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-629. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-629/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03473508-W 20140822/140821000836-b4dc612e90a554ebd9ce3cfa7b89a6f2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.